Opportunity
SAM #12373489
IDIQ Supply of Radiopharmaceuticals for Navy Medical Centers
Buyer
Defense Health Agency
Posted
April 11, 2026
Respond By
April 26, 2026
Identifier
12373489
NAICS
325412, 424210, 423450
The Defense Health Agency (DHA), under the Department of Defense, is seeking vendors to supply a wide range of radiopharmaceuticals for cancer and diagnostic imaging to three Navy medical facilities. - Government Buyer: - Department of Defense, Defense Health Agency - Delivery Locations: - Naval Medical Center Portsmouth (Portsmouth, VA) - Naval Medical Center Camp Lejeune (Camp Lejeune/Jacksonville, NC) - Naval Health Clinic Jacksonville/Naval Hospital Jacksonville (Jacksonville, FL) - Products Requested: - Over 50 line items of unit dose and multi-dose radiopharmaceuticals, including: - Tc-99m Medronate, Tc-99m Mebrofenin, Tc-99m Tetrofosmin, Tc-99m Sestamibi, F-18 FDG, I-123 NaI, I-131 NaI, Ga-68 Gozetotide (Illuccix), Cu-64 Dotatate, In-111 Pentetreotide, and others - Quantities range from 1 to 1000 units per item, with additional fees for dispensing, delivery, and licensing - Ancillary items such as UltraTag RBC Vials, WBC Blood Kits, and software licensing/support - Unique Requirements: - Strict regulatory compliance and labeling for all radiopharmaceuticals - Deliveries required Monday through Friday, with provisions for emergent and after-hours delivery - IDIQ Firm Fixed Price contract structure, with ordering period up to five years - Maximum annual quantities specified for each isotope and kit - OEMs and Vendors: - No specific OEMs or manufacturers are named; the requirement is open to all qualified suppliers of radiopharmaceuticals - Notable Details: - Opportunity classified under NAICS 325412 (Pharmaceutical Preparation Manufacturing) and PSC 6505 (Drugs and Biologicals) - Vendors must demonstrate experience with similar contracts and capability to meet delivery and compliance requirements
Description
This is a Request for Information (RFI) to identify potential sources possessing the capabilities described herein and ascertain whether the required supplies are commercial in nature. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offer will be considered in response to this RFI. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. In keeping with the standards of FAR Part 10, the Government may request additional information from responders. Responders are solely responsible for all expenses associated with responding to this RFI or any follow-up information request. All information received in response to this RFI or any follow-up information request that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. At this time, questions concerning the composition and requirements for a future request for proposal will not be entertained.
NOTE: Currently no solicitation exists. Therefore, please do not request a copy of the solicitation. NO PHONE CALLS WILL BE ACCEPTED. It is the responsibility of any potential Offeror to monitor this site for the release of any solicitation.
RFI Title: Radiopharmaceuticals for the Defense Health Agency (DHA) Multiple Medical Treatment Facilities (MTF). LOCATIONS: Naval Medical Center Portsmouth, Portsmouth, VA 23708, Naval Medical Center Camp Lejeune, Jacksonville, NC and Naval Health Clinic Jacksonville, FL. BACKGROUND: Three (3) Medical Treatment Facility (MTF) Radiology Departments require one new Indefinite Delivery, Indefinite Quantity contract for the delivery of radiopharmaceuticals, as current contracts expire on September 30, 2026. The radiopharmaceuticals need to be delivered on an as needed basis to each requiring Radiology Department. DESCRIPTION: NAICS 325412 Pharmaceutical Preparation Manufacturing, PSC 6505 Drugs and Biologicals. See DRAFT Statement of Work (SOW).
RFI SUBMISSION INSTRUCTIONS:
Responses to the RFI shall adhere to the following formatting and outline instructions:
All submissions shall be made electronically and be in one of the following formats: Microsoft Word or Adobe PDF. Cover Page (1 page)
- Title
- Organization
- Responder’s technical and administrative points of contact (names, addresses, phone numbers and email addresses).
- CAGE Code
3. Capabilities statement SHALL address the following:
- Contractor’s clear understanding and ability to perform the scope of this requirement as detailed in the DRAFT SOW.
- Contractor’s experience performing the same or similar work as detailed in the DRAFT SOW.
- Existing contract vehicles (e.g., GSA schedule) under which the responder currently offers these services, if any.
- Whether the responder provides the required services to the general public under terms and conditions similar to those offered to the Federal Government.
RESPONSES DUE: Sunday, April 26, 2026 by 5 pm EST
SUBMISSION TO: Ms. Carol Uebelacker, carol.e.uebelacker.civ@health.mil